Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 18, 2002 FBO #0228
MODIFICATION

66 -- Laboratory Classifier

Notice Date
7/16/2002
 
Notice Type
Modification
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Midwest Area Office, 1815 N. University Street, Peoria, IL, 61604
 
ZIP Code
61604
 
Solicitation Number
5114-2-3017
 
Response Due
7/29/2002
 
Point of Contact
Norma Cremeens, Procurement Assistance Officer, Phone 309-681-6618, Fax 309-681-6683, - Rebecca Holzinger, Contract Administrator, Phone 309-681-6616, Fax 309-681-6683,
 
E-Mail Address
cremeenn@mwa.ars.usda.gov, rholzinger@mwa.ars.usda.gov
 
Description
This is a Modification of Combined Synopsis/Solicitation for Commercial Items published July 12, 2002 (RFQ) 5114-2-3017 for LABORATORY AIR CLASSIFIER. (AMENDED) to include the following: FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, also applies to this acquisitions, with the following clauses from (b) applicable to this acquisition: 52.222-21, 52.225-13, 52.225-34, 52.232-36. FAR Clauses that do not apply to this acquisition are: FAR 52.219-4 and 52.219-23. All other information remains unchanged. (End of Modification) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation number is 5114-2-3017 is issued as a request for quote. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-08. The solicitation is 100% set-aside for small businesses. NACIS Code 339111, business size 500 employees. The USDA, Agricultural Research Service, National Center for Agricultural Utilization Research, has a requirement for a Laboratory Classifier (Lab Mirco-Sizer) brand name or equal and the accessories. This Unit will be used to separate cereal grains and defatted oilseed according to particle size. Minimum cutpoint: 3 micron (preferred), 5 micron (acceptable), cutpoint adjustable. In addition, cutpoints above 30 micron is desirable. Minimum sample size for each cutpoint: One (1) pound or less desirable, but must be less than five (5) pounds. The air classifier should be complete and self-contained, needing only 208 volt and either compressed air or shop vacuum connection. A typical air classifier system described below will be acceptable: One (1) Air Classifying System of Carbon Steel Constructon Complete, consisting of the following items: (a) Classifier Assembly; upper and lower classifying chamber, classifier rotor and product discharge assembly, fine product cyclone collector, suspension air fan and all connecting ductwork. (b) Electric Drive package: One 3-1/2h.p. TEFC fan drive with AC variable speed controller, complete with sheaves, belts and guard. One 3.0 h.p. TEFC classifier rotor drive with AC variable speed controller, complete with couplings and guards. One 1-1/2 h.p. AC variable frequency controller for inlet rotary airlock. All electrical, 208 volt, 60 Hz, 3 phase, and 1800 r.p.m. to the motors and drives, unless otherwise specified. (c) Control Panel: Five (5) push button start/stop controls for fan, rotor, and three (3) rotary valves. Digital speed indicators for rotor and fan. 10 turn potentiometer controls for fan, rotor and inlet airlock valve. Indicators, controls, AC variable speed controllers and motor starters come installed and pre-wired in a NEMA-12 dust-tight enclosure. One (1) 4" x 4" rotary air lock valve of cast iron construction complete with mild steel, reduced capacity rotor, 1/4 h.p. TEFC right angle gearhead motor with chain drive, guard and mount. Valves are set at 20 r.p.m. The unit operates on a balanced closed circuit which is sealed to atmosphere and does not require a dust collector, only a shop vacuum to turn the whole system negative for nuisance dust. The control panel is shipped as a separate item but may be mounted to the frame. DELIVERY: The contractor shall perform all delivery of equipment, required manuals and set-up and training/operations (offeror shall provide set-up and training cost as separate line items) so that the Air Classifier is complete and ready to use. The Air Classifier shall be delivered, F.O.B. Destination, to the USDA-ARS-NCAUR, 1815 N. University Street, Peoria, IL 61604. The government desires delivery within 90 days after receipt of purchase order, however, each offeror shall include in their quote a delivery schedule as part of their quotation. Delivery shall be made within the hours 8:00 a.m. to 4:30 p.m., Monday through Friday, excl. Federal holidays. In order to be considered for award offerors shall provide a quotation on company letterhead detailing the unit pricing; descriptive literature, brochures, and three references. References must have received the proposed equipment within the last three calendar years (Government references preferred but will accept commercial references) shall also be provided for the product quoted. The following FAR clauses and provisions apply and are available on http://www-far.npr.gov or http://arnet.gov/far: FAR 52.212-1, Instructions to Offerors - Commercial; FAR 52.212-2, Evaluation ? Commercial Items, significant evaluation factors in the relatively order of importance , are (i) technical capability of the item offered to meet the Government requirements; (ii) past performance; (iii) and price (including 1 (one) Laboratory Air Classifier, and installation), technical capability and past performance are significantly more important than price. The contract resulting from this solicitation will be awarded to the responsible party whose offer, conforming to the solicitation, determined most advantageous to the government, cost, and other factors considered; Each proposal shall respond to each of the evaluation factors identified below. With the exception of the past performance, a technical evaluation will be performed on each proposal based solely on the information furnished and not on previous knowledge or associations. The evaluation factors are as follows: Technical Evaluation Factors: FAR 52.212-3 Offeror Representations and Certifications ? Commercial Items, (Offerors shall include a completed copy of this provisions with quote), FAR 52.212-4 Contract Terms and Conditions ? Commercial Items applies to this acquisitions, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items, also applies to this acquisitions, with the following clauses from (b) applicable to this acquisition: FAR 52-203-6, Alternate I; FAR 52-219-4; FAR 52.219-8; FAR 52.219-23; FAR 52.222-26; FAR 52.222-35; FAR 52.222-36; FAR 52.222-37; FAR 52.225-16; FAR 52.232-36 and FAR 52.211-6 Brand Name or Equal. The Offeror shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. Acceptance of the standard commercial warranty does not waive the Governments rights under the Inspection clause nor does it limit the Governments right with regard to the other terms and conditions of this contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the standard commercial warranty. The contractor shall provide a copy of its standard commercial warranty ( if applicable) with this response. Any amendment and documents related to this procurement will be available electronically at the Internet site: http://www.eps.gov. Potential offerors will be responsible for downloading their own copy of these documents (if any). It is the offerors responsibility to monitor the site for release of the solicitation and any related documents. All responsible sources may submit a quotation which will be considered by the agency. Quote: Furnish quote to Norma Cremeens, at USDA-ARS-MWA, 1815 N. University Street, Peoria, IL 61604, no later than 2:00 p.m., July 29, 2002. Additional information may be obtained by contacting the Contracting Officer at (309) 681-6618.
 
Place of Performance
Address: USDA-ARS-MWA, 1815 N. University, Peoria, IL 61604
 
Record
SN00117256-W 20020718/020717061506 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.